US Embassy Bujumbura Elevator Maintenance and Repair Services
ID: 19BY7025Q0008Type: Presolicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUS EMBASSY BUJUMBURAWASHINGTON, DC, 20520, USA

NAICS

Industrial Building Construction (236210)

PSC

OPERATION OF MAINTENANCE BUILDINGS (M1EB)
Timeline
    Description

    The U.S. Department of State is soliciting proposals for elevator maintenance and repair services at the U.S. Embassy in Bujumbura, Burundi. The procurement specifically seeks routine maintenance for two KONE Monospace Special elevators, which are critical for ensuring operational efficiency and safety within the embassy's infrastructure. This contract emphasizes the importance of maintaining essential equipment in diplomatic facilities, aligning with federal standards for facility management. Interested contractors, particularly Women-Owned Small Businesses (WOSBs), must submit their quotations electronically by April 25, 2025, and can direct inquiries to the embassy's procurement office at BujProcurement@state.gov.

    Point(s) of Contact
    Sabine Niyongabo
    NiyongaboS@state.gov
    Bujumbura Procurement Section
    BujProcurement@state.gov
    Files
    Title
    Posted
    The document details a Request for Proposal (RFP) for servicing two KONE Monospace Special elevators located at the U.S. Embassy in Burundi. These machines are machine room-less electric traction elevators with full collective simplex control, capable of handling a net load of 2000 kilograms for 26 persons. They feature a dual entrance design and a flush-mounted car operating panel. The specified place of performance for the service is the U.S. Embassy, located on Avenue des Etas Unis in Kigobe, Bujumbura. This RFP indicates a need for maintenance or service related to essential equipment used within government facilities, underscoring the importance of maintaining infrastructure in international locations to ensure safety and functionality. The document structure is straightforward, listing elevator specifications followed by the performance location. Overall, it exemplifies federal requirements for maintaining operational standards in government buildings abroad.
    The document outlines a solicitation for contracting services specifically for a Women-Owned Small Business (WOSB) seeking to provide routine maintenance and repair services for elevators at the U.S. Embassy in Burundi. It details the requisition and contract numbers, solicitation issue date, and specifies that offers are due by a set time. The core services requested include maintenance for a total of 12 elevators, with an emphasis on compliance with the stipulated conditions outlined in the proposal. Additionally, the document mentions the inclusion of value-added tax (VAT) and insurance requirements. Various option years for ongoing services are also noted, reflecting a structured approach to extending the contract. The purpose of this solicitation is to encourage competition among WOSBs while ensuring that government resources are allocated to reliable service providers in support of U.S. governmental functions and infrastructure. The detailed structure guides potential contractors through submission requirements and terms of engagement, fostering an inclusive process aimed at enhancing government contract participation from diverse businesses.
    This document is an amendment to a solicitation issued by the American Embassy in Bujumbura, Burundi, extending the deadline for submitting offers related to solicitation number 19BY7025Q0008. The amendment, numbered 0001, became effective on April 17, 2025, and pushes the due date for offers to April 25, 2025, at 11:00 a.m. Bujumbura time. The amendment instructs contractors to acknowledge receipt of this change and outlines how they can submit their acknowledgment. It clarifies that all other terms and conditions of the solicitation remain unchanged. The procedural details provided emphasize adherence to federal regulations governing contract modifications, highlighting the importance of timely acknowledgment for the validity of offers. This extension reflects the U.S. government's effort to allow additional time for contractor proposals, ensuring competitive bidding and compliance with procurement policies.
    The U.S. Embassy in Bujumbura, Burundi, has issued a Request for Quotations (RFQ) for Routine Elevator Maintenance and Repair Services. The Embassy seeks to award a Firm Fixed Price Contract based on the lowest technically acceptable offer. Quotations must be submitted electronically by April 19, 2025. To participate, bidders must register in the System for Award Management (SAM), provide several required documents including pricing and representations, and ensure compliance with local and federal regulations, including the Defense Base Act insurance. The scope of services includes monthly inspections, emergency response, and routine repairs for various types of elevators as specified in attachments to the RFQ. Key performance requirements include maintaining service standards and adhering to safety and conduct regulations for contractor personnel on Embassy property. The contract is structured to last for one year, with four possible one-year extensions, emphasizing the importance of responsiveness and quality in service delivery.
    The U.S. Embassy in Bujumbura, Burundi, has issued a Request for Quotations (RFQ) for Routine Elevator Maintenance and Repair Services, designated as RFQ Number 19BY7025Q0008. The embassy aims to award a Firm Fixed Price Contract to the qualifying bidder with the lowest technically acceptable offer. Quotations must be submitted electronically by April 19, 2025, and include necessary documentation such as the SF-1449 form, pricing details, proof of SAM registration, and DBA insurance. Inquiries can be sent to the embassy's procurement office by March 28, 2025. The contract involves maintaining designated elevators safely and efficiently, including monthly inspections and 24/7 emergency response services for malfunctions. The contractor must ensure compliance with U.S. laws and uphold the embassy's standards of conduct for personnel. An extensive scope of work details the responsibilities, including maintenance tasks and insurance requirements. The contractor is expected to maintain an inventory of spare parts and adhere to specified regulations, including tax obligations and quality assurance standards. Overall, this RFQ emphasizes efficient operations, rigorous safety standards, and compliance with federal regulations in request for services to ensure the smooth functioning of embassy facilities.
    This document outlines the servicing requirements for two KONE Monospace Special elevators, designated as Elevator 1 and Elevator 2, located at the U.S. Embassy in Burundi. Both elevators are machine room-less electric traction systems featuring full collective simplex group control. The key specifications include a net load capacity of 2000 Kg for 26 persons and dual entrance car designs with flush mounted car operating panels. The service work is to be conducted at the embassy premises situated at 50 Avenue des Etas Unis, Kigobe, Bujumbura. The focus on specific product lines and operational details suggests a targeted Request for Proposal (RFP) aimed at ensuring the maintenance and operational efficiency of critical infrastructure within a diplomatic facility, thereby aligning with broader federal standards for facility management and safety compliance.
    The document outlines the servicing requirements for two elevators at the U.S. Embassy in Burundi. Both elevators are KONE Monospace Special models, identified as machine room-less electric traction elevators with a dual entrance design. They operate within a full collective simplex control system and have a net load capacity of 2000 kg with 26 persons. The car operating panel is specified as a flush-mounted KSC673 COP. The place of performance is clearly stated as the U.S. Embassy located at 50 Avenue des Etas Unis, Kigobe, Bujumbura, Burundi. This listing appears to be part of a request for proposals (RFP) or service contract aimed at maintaining essential infrastructure in a U.S. government facility abroad. It highlights the importance of ensuring the operational reliability and safety of the elevators used in governmental environments.
    Acquisition Alert 25-07 outlines the implications of Executive Order 14173, which revokes previous orders promoting diversity, equity, and inclusion (DEI) alongside affirmative action policies in federal contracting. The new order mandates that contractors certify compliance with federal anti-discrimination laws and explicitly prohibits programs that promote DEI if they violate such laws. This certification is integral to the government’s payment decisions and falls under the False Claims Act, holding contractors accountable for misrepresentations. The document emphasizes the shift towards a merit-based opportunity framework, signifying a substantial change in federal contracting protocols regarding employment discrimination and affirmative action. The certification process requires contractors to formally acknowledge their compliance status, reinforcing accountability in federal procurement practices. This transition marks a significant policy alteration that may impact future government RFPs and grants.
    The government document titled "Acquisition Alert 25-07" outlines actions following Executive Order 14173, which revokes previous orders promoting diversity, equity, and inclusion (DEI) and affirmative action. This Order rescinds EO 11246, which mandated non-discrimination in employment for government contractors and required affirmative action strategies. Under the new directives, all contractors must certify compliance with Federal anti-discrimination laws and declare they do not promote DEI programs that violate these laws. This certification becomes a crucial factor in government payment decisions and is tied to the False Claims Act. The document specifies required contractor details for this certification, outlining the implications for federal contracting practices and emphasizing the administration's shift toward merit-based opportunities without DEI programs. Overall, the directive influences how contracts are awarded and managed, stressing compliance and background checks within the contracting process.
    Similar Opportunities
    Elevator Maintenance Service at NEC
    State, Department Of
    The U.S. Department of State is seeking proposals for Elevator Maintenance Services at the U.S. Embassy in Yangon, Myanmar, under solicitation number 19BM8026Q0002. The contract will cover a one-year base period with two optional years, requiring routine monthly maintenance, 24/7 emergency response, and same-day non-emergency repairs for three Otis elevators. This service is critical for ensuring the operational efficiency and safety of the embassy's facilities. Interested vendors must submit their proposals by December 26, 2025, at 16:00 Yangon time to RangoonProposals@state.gov, and are required to have a local partner in Myanmar, along with SAM registration and a comprehensive technical plan.
    Elevator Maintenance Services – U.S. Embassy Singapore
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Singapore, is seeking qualified contractors to provide comprehensive elevator maintenance services for three Hyundai gearless traction elevator units located at the Chancery. The objective of this procurement is to ensure the safe, reliable, and efficient operation of the elevators, with an anticipated performance period consisting of one base year and four optional one-year extensions at the Government's discretion. This contract is critical for maintaining operational safety and efficiency at the embassy, and it will be awarded as a Firm-Fixed-Price (FFP) contract based on initial quotations without discussions. Interested contractors must be registered in the System for Award Management (SAM) and comply with all local regulations in Singapore; for inquiries, contact Kevin M. Phillips or Ng Yan Ling Grace at SGProcurementRFQ@state.gov or by phone at 6564769108 and 6564769304, respectively.
    Pre-Solicitation Notice for Elevator Maintenance Services for the U.S. Embassy, Ankara, Türkiye
    State, Department Of
    The U.S. Embassy in Ankara, Türkiye, is seeking qualified contractors to provide elevator maintenance services under a pre-solicitation notice. The contractor will be responsible for all aspects of the maintenance, including materials, labor, overhead, and profit, with payments made upon satisfactory completion of services. This procurement is essential for ensuring the operational efficiency and safety of the embassy's facilities. The solicitation is expected to be issued no earlier than December 19, 2025, and interested parties can direct inquiries to the Acquisitions Office at Ankara-GSO-Procurement-DL@state.gov.
    Lima - FY23 Chancery Elevators Maintenance
    State, Department Of
    The Department of State is seeking qualified contractors to provide maintenance services for four OTIS elevators located in the Chancery building in Lima, Peru. The contract will cover the maintenance of these elevators in accordance with the attached Statement of Work, ensuring their operational efficiency and safety. This maintenance service is crucial for the daily operations of the embassy, facilitating the movement of personnel and visitors within the building. The period of performance for this contract is from April 1, 2023, through March 31, 2024. Interested parties can contact Curt Whittaker at whittakerct@state.gov or by phone at 511-618-2196, or Christian Rivas at rivascr@state.gov or 511-618-2192 for further information.
    New US Embassy Maputo Compound (NEC) -York Air Cooled Chillers Periodic Maintenance Services
    State, Department Of
    The U.S. Embassy in Maputo, Mozambique, is seeking qualified contractors to provide periodic maintenance services for York Air Cooled Chillers at the New US Embassy Compound (NEC). The procurement involves a one-year base contract with four optional one-year extensions, focusing on preventive maintenance and ensuring the operational efficiency of the chillers and associated equipment. This maintenance is critical for the embassy's climate control systems, which are essential for the comfort and safety of embassy personnel. Interested parties must submit their electronic quotations by December 17, 2025, following a site visit on December 2, 2025, and should contact Lintra Harrington at MaputoGSOProcurement@state.gov for further details.
    TEGUC-Preventive Maintenance for Generators at NEC
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide preventive maintenance services for generators at the New Embassy Compound (NEC) in Tegucigalpa, Honduras. The contract encompasses a one-year base period with an option for an additional year, focusing on semi-annual and annual maintenance tasks, including inspections, fluid and filter changes, and emergency assistance within 24 hours. This procurement is critical for ensuring the operational reliability of the embassy's power systems, with a firm fixed-price contract payable in U.S. Dollars. Interested parties must submit their quotations by December 26, 2025, and are encouraged to contact Edward Ortiz or Luis Calix at TGUBids@state.gov for further information.
    Ft. Detrick Elevator Maintenance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Garrison Fort Detrick, is seeking qualified contractors for a non-personal services contract focused on elevator maintenance and repair for 19 elevators located in Frederick, Maryland. The contract will cover a base year and four option years, requiring services such as monthly inspections, emergency dispatch, and compliance with ADA and NFPA 72 standards, with specific provisions for reporting and quality control. This opportunity is crucial for ensuring the operational efficiency and safety of elevator systems at the facility. Interested businesses, particularly small enterprises across all socioeconomic categories, are encouraged to submit their capability packages by December 26, 2025, at 12:00 p.m. EST to the primary contacts, Safiyyah Vasquez and Jodi Woods, via the provided email addresses.
    American Elevator Maintenance/Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the maintenance and repair of elevators at Kunsan Air Base in Korea. The procurement aims to ensure the operational efficiency and safety of elevator systems, which are critical for personnel and equipment movement within the base. Interested contractors should refer to the attached Performance Work Statement (PWS) for detailed requirements. For inquiries, potential bidders can contact D Estes at d.s.estes.civ@army.mil or call 315-755-9314.
    Puget Sound Elevator Maintenance Services
    General Services Administration
    The General Services Administration is seeking qualified contractors to provide elevator maintenance services for the Puget Sound region. The procurement involves repair and maintenance of elevators, communication devices, and related equipment to ensure compliance with the latest American Standard Safety Code for Elevators, A17.1, A18.1, as well as all applicable laws and regulations. These services are crucial for maintaining the safety and functionality of public buildings, ensuring that elevator systems operate efficiently and meet safety standards. Interested parties can contact Natasha Cunningham at natasha.cunningham@gsa.gov or 253-209-9118 for further details regarding this opportunity.
    Korean Elevator Maintenance/Repair.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for Korean Elevator Maintenance and Repair services at Kunsan Air Base, Korea. The procurement aims to ensure the operational readiness and safety of elevator systems through comprehensive maintenance and repair services, as outlined in the attached Performance Work Statement (PWS). These services are critical for maintaining essential infrastructure and supporting the daily operations of the base. Interested contractors can reach out to D Estes at d.s.estes.civ@army.mil or call 315-755-9314 for further details regarding the solicitation process.